J061--NEW (B+4) | NTX Comprehensive Electrical Maintenance
ID: 36C25725Q0601Type: Combined Synopsis/Solicitation
AwardedSep 2, 2025
$1.9M$1,929,900
AwardeeBRYANT POWER SOLUTIONS L.L.C GRAND BLANC 48439
Award #:36C25725P0820
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)San Antonio, TX, 78240, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the NTX Comprehensive Electrical Maintenance contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). This procurement involves comprehensive maintenance, inspection, and emergency restoration services for electrical systems across multiple locations in Texas, including Dallas, Bonham, Grand Prairie, and Garland. The contract will cover a base year and four option years, emphasizing the importance of maintaining high-quality electrical services to support the needs of veterans. Interested contractors must submit their proposals by August 14, 2025, at 4 PM CDT, and can contact Contract Specialist Sherine Brooks at Sherine.Brooks@va.gov for further information.

    Point(s) of Contact
    Sherine BrooksContract Specialist
    (254) 899-6034
    Sherine.Brooks@va.gov
    Files
    Title
    Posted
    This document is an amendment to Solicitation Number 36C25725Q0601 for NTX Comprehensive Electrical Maintenance, issued by the Department of Veterans Affairs. The amendment extends the offer due date to July 31, 2025, at 4 PM CDT and provides answers to technical questions. Key information includes the incumbent contractor (Shermco Industries, Inc., Contract # 36C25720C0109), the electrical system's operating voltage (13,500V), and clarification that all power/distribution gear is currently operational. The amendment also schedules a site visit for the Grand Prairie location on July 22, 2025, at 1 PM CST, though site visits are not mandatory. Electronic submission of reports is acceptable, and drawings of facilities and equipment lists are attached. The government will determine the 'Not-to-exceed' amount for equipment repairs based on historical data. Emergency response time requirements were clarified, allowing for COR discretion and approval for on-site arrival within 2-4 hours, following a 1-hour response and confirmation. Breaker testing is required for equipment > 250 amps, and primary injection is not required. Personnel must have at least five years of experience with current equipment and replacements, current safety certifications (OSHA, NFPA 70E), and familiarity with UL, NEC, and other relevant standards.
    This document is an amendment to a previous combined solicitation, identified as 36C25725Q0601, issued by the Department of Veterans Affairs, Network Contracting Office 17, located in San Antonio, TX. The primary purpose of this amendment is to extend the due date for submitting additional questions. The new response date and time is August 12, 2025, at 4:00 PM Central Time, Chicago, USA. This solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and pertains to Product Service Code J061 and NAICS Code 238210. Sherine Brooks is the point of contact for this solicitation. The document includes a reference to an attached SF30 form (SF30 36C25725Q0601 0002) for further details.
    This document is an amendment to a previous combined solicitation, 36C25725Q0601, for comprehensive electrical maintenance in NTX. Issued by the Department of Veterans Affairs, Network Contracting Office 17 in San Antonio, TX, the solicitation has a response date of August 14, 2025, at 4:00 PM Central Time. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 238210 (Electrical Contractors). The point of contact for this solicitation is Contract Specialist Sherine Brooks at Sherine.Brooks@va.gov. Additional details, including the Statement of Work, electrical maintenance drawings, and SF30 form, are provided as attached documents. The agency’s URL is https://www.va.gov/.
    The Department of Veterans Affairs is soliciting bids for comprehensive electrical maintenance services under solicitation number 36C25725Q0601. This contract falls within the jurisdiction of the Network Contracting Office 17, located in San Antonio, Texas. Interested parties must submit their proposals by July 18, 2025, at 4 PM Central Time. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is categorized under the Product Service Code J061 and NAICS code 238210. The detailed scope of work and performance locations will be provided in the attached documents. The notice also emphasizes compliance with the Service Contract Act, with specific wage determinations referenced. Interested contractors can contact the Contract Specialist, Sherine Brooks, via email for further information. This RFP underlines the government’s initiative to maintain high-quality electrical services in its facilities, supporting veterans' needs through targeted small business contracting opportunities.
    The document outlines an amendment to the previous combined solicitation regarding the NTX Comprehensive Electrical Maintenance, issued by the Department of Veterans Affairs. This amendment extends the offer submission deadline to July 31, 2025, at 4 PM CDT and provides answers to technical inquiries from bidders. The solicitation is for a Service Disabled Veteran-Owned Small Business (SDVOSBC) set-aside and falls under the Product Service Code J061 and NAICS Code 238210. Key details include information on site visits, the requirement for qualified personnel, and operational voltages. It also discusses the expectations for equipment maintenance, the provision of technical documentation, and the importance of familiarity with relevant safety standards. Previous contracts and the current service provider, Shermco Industries, Inc., are mentioned to offer context for prospective bidders. Overall, the amendment seeks to clarify the project's requirements to ensure accurate proposals from interested contractors, ultimately enhancing electrical maintenance services for VA facilities.
    This document is an amendment to a previous combined solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 17. It primarily serves to extend the due date for additional questions regarding the solicitation. The response date is set for August 12, 2025, at 16:00 Central Time. The solicitation number is 36C25725Q0601, and it is categorized as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside. The document also indicates that it does not involve Recovery Act funds and specifies the relevant NAICS Code of 238210, related to the construction industry. The point of contact for inquiries is Contract Specialist Sherine Brooks, whose contact information is provided. Furthermore, details regarding the place of performance are referenced with a note to see the Statement of Work. This amendment indicates the ongoing collaboration and transparency between government entities and contractors, facilitating the procurement process.
    The document encompasses record drawings, plans, and specifications for the LTSCI Parking Garage project at the VA North Texas Health Care System. It primarily details utility management, focusing on the installation of new underground 15KV feeders, upgrades of existing infrastructure, and construction of utility manholes. The drawings outline multiple feeders, conduits, and substation connections to ensure efficient electrical service to the facility. Key points include the replacement of existing feeders with newly designated lines, demolition of outdated infrastructure, and careful routing of feeders through an existing utility tunnel. The project demonstrates adherence to regulation standards and emphasizes safety protocols during construction. Furthermore, the timeline of revisions and drawings suggests a methodical approach to modifications, reinforcing the U.S. federal government’s commitment to maintaining and upgrading healthcare facilities. The comprehensive structure of drawings showcases a collaborative effort, reflecting both engineering rigor and adherence to regulatory compliance necessary for public infrastructure projects.
    The document details an extensive inventory of electrical distribution systems and emergency restoration service components across multiple locations, including Dallas, Bonham, Grand Prairie, and Garland. It provides a comprehensive list of equipment such as LV and MV distribution panels, transformers (pad-mounted and unit sub), 15KV switches, 5KV power factor correction units, 15KV vacuum circuit breakers, protective relays, transfer switches, motor control centers, and battery systems. The inventory specifies manufacturers (e.g., Square D, GE, Eaton, ASCO, Cummins, Westinghouse), ratings, trip units, number of breakers, and notes on insulation types (silicone, mineral oil, air, SF6). This detailed file is likely part of a federal government RFP or grant application for comprehensive maintenance, inspection, and testing of these critical electrical infrastructures.
    The provided file is a technical note indicating that the document is a PDF portfolio best viewed with Adobe Acrobat X or Adobe Reader X or later versions. It prompts the user to download Adobe Reader if they do not have it. This file is not a government RFP, federal grant, or state/local RFP itself, but rather a wrapper or introductory page for a document that likely contains such information. Its purpose is to ensure compatibility and optimal viewing experience for the actual content, which would detail the specifics of a government solicitation or grant opportunity.
    This government solicitation outlines requirements for comprehensive electrical system maintenance, inspection, and emergency restoration services for the VA North Texas Health Care System. The contract covers a base year and four option years (September 2025 – September 2030) across four locations in Texas: Dallas, Bonham, Grand Prairie, and Garland. Key requirements include scheduled maintenance, testing, and calibration of electrical power distribution systems, emergency standby power generation, and energy management systems. Contractors must have Electrical Testing Technicians (ETT) certified by ANSI or NETA, possess OSHA 30-hour (supervisors) and 10-hour (employees) safety training, and demonstrate at least five continuous years of experience in similar facilities. Deliverables include providing NFPA codes, detailed testing reports, and a one-hour emergency response for unplanned system failures. The document also specifies invoicing procedures via the Tungsten Network and outlines various FAR clauses related to small business utilization, labor standards, and ethical conduct. Payment is made via electronic funds transfer.
    The document outlines a Request for Proposals (RFP) issued by the Department of Veterans Affairs, specifically seeking offers for comprehensive electrical maintenance services. This contract covers scheduled maintenance, inspection, testing, and calibration of critical electrical distribution systems for VA facilities in Texas, lasting one base year with four optional renewal years. Key requirements include qualified personnel with necessary certifications, adherence to safety regulations, and stringent emergency response capabilities for electrical failures. Contractors must provide detailed maintenance reports, regular updates, and a swift response to emergencies. The contract emphasizes the necessity for continuous training and compliance with federal regulations, ensuring both safety and operational efficiency. The document establishes clear expectations for contractors regarding documentation, safety procedures, and service delivery timelines, aligning with government objectives for maintaining operational integrity in healthcare facilities.
    The provided document outlines a comprehensive project focused on infrastructure upgrades, likely for a government facility, as indicated by its context within federal and state RFPs. The project details mechanical, plumbing, and fire suppression system enhancements, emphasizing adherence to relevant codes and standards. Key aspects include assessments of existing conditions, demolition, and installation of new equipment, with a focus on accessibility and integration of various systems. The document also highlights the importance of safety measures, including infection control and fire watches. Specific sections detail requirements for various components, such as sprinkler systems, ductwork, and piping, and provide a table of contents that further breaks down the project into various sub-components, including general requirements, mechanical, plumbing, fire protection, and electrical systems. The document lists numerous regulations and codes that must be followed.
    The government file appears to be a comprehensive index or table of contents, likely for a large Request for Proposal (RFP), federal grant, or state/local RFP document. It lists numerous sections and subsections, each identified by a unique code and a brief description. The descriptions cover a wide range of topics, including general provisions, detailed specifications, administrative requirements, and various appendices. The repeated patterns of codes and descriptions suggest a structured document, possibly outlining requirements for a project, services, or funding opportunities. The file emphasizes the highly organized and detailed nature of government procurement and grant documentation, ensuring all aspects of a proposal or application are clearly defined and categorized.
    The document outlines a federal request for proposals (RFP) related to funding opportunities for various government projects. It emphasizes the strategic importance of grant applications and RFP submissions, encouraging entities to develop proposals that align with federal and local priorities. Key focus areas include compliance with regulatory standards, efficiency in project execution, and the potential for collaboration across public and private sectors to enhance service delivery and community impact. Additionally, the document stresses the significance of demonstrating measurable outcomes and sustainability in proposed projects, aiming to strengthen community resilience and promote economic development. It serves as a guide for potential applicants, detailing expectations for proposal submissions, evaluation criteria, and deadlines. The emphasis rests on accountability, innovation, and responsiveness to community needs, highlighting the government’s commitment to leveraging funding in a way that maximizes public benefit and stimulates future investments.
    The document primarily addresses federal and state government RFPs (Request for Proposals) and grants, focusing on various initiatives and opportunities available for entities seeking funding. It outlines procedures for proposal submissions, eligibility requirements, and evaluation criteria used by government agencies to assess proposals. The document emphasizes the importance of adhering to deadlines, providing necessary documentation, and demonstrating capacity for successful project execution. Key elements include guidelines on project scopes, budget proposals, and the articulation of anticipated outcomes to align with governmental priorities. Specific attention is given to compliance with federal regulations and standards throughout the proposal process. Additionally, the document suggests leveraging past project successes and partnerships, underscoring their significance in enhancing proposal competitiveness. Overall, this document serves as a crucial resource for applicants aiming to secure government funding, delineating the essential steps for navigating the complex landscape of federal and state funding opportunities.
    The Department of Veterans Affairs, Network Contracting Office 17, has issued Amendment 0002 to Solicitation 36C25725Q0601. This amendment extends the offer due date to August 12, 2025, at 4 PM CDT, to accommodate additional questions from offerors. Additionally, it corrects the set-aside status, clarifying that the requirement is a 100% Total SDVOSB (Service-Disabled Veteran-Owned Small Business) set-aside, not unrestricted. Amendment 0003 is expected to follow. The document outlines the procedures for acknowledging receipt of the amendment, emphasizing that failure to do so by the specified deadline may result in the rejection of offers.
    This document is an amendment to a solicitation for NTX Comprehensive Electrical Maintenance services for the Department of Veterans Affairs. The amendment extends the offer due date to August 14, 2025, at 4 PM CDT. It provides answers to 35 technical questions, clarifies that the requirement is set aside for 100% SDVOSB vendors, and updates the VAAR Clause 852.219-75 from "Services" to "Specialty Trade." Key information includes the incumbent contractor (Shermco Industries, Inc.), the previous contract number (36C25720C0109), and confirmation that the electrical distribution system operates at 13,500V. The amendment also specifies testing requirements for breakers, clarifies reporting procedures (emailed copies are acceptable), and provides details on annual energy management, power quality monitoring, and generator maintenance. Site visits are not mandatory but recommended. The document confirms that specific price items will be filled in by the government and includes Appendix A and Electrical Maintenance Drawings as attachments.
    This document is an amendment to a solicitation (36C25725Q0601) issued by the Department of Veterans Affairs, specifically by Network Contracting Office 17. The main purpose of the amendment is to extend the deadline for submission of offers from the original date to August 12, 2025, at 4 PM CDT. This extension aims to accommodate additional questions from potential bidders before the new deadline. Additionally, the amendment corrects a previous designation by clarifying that the requirement is a 100% Total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, rather than being unrestricted. The document highlights essential administrative changes and reinforces that all other terms and conditions remain unchanged. It outlines the required acknowledgment of receipt of the amendment and provides guidance for bidders on how to submit changes to their offers if necessary. Overall, this amendment reflects the federal commitment to fostering opportunities for veteran-owned businesses while ensuring a transparent and fair bidding process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    H961--Triennial Electrical Contract
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified small businesses to perform Triennial Electrical Power Distribution System Maintenance, Inspection, and Testing at the Tuscaloosa VA Medical Center. The procurement aims to identify capable contractors who can adhere to NETA METS, NFPA 70, 70E, and VA Directive 1028 standards, ensuring comprehensive maintenance and testing of the electrical power distribution system. This contract is critical for maintaining the safety and reliability of electrical systems within the facility, which includes tasks such as infra-red scanning, system function tests, and a power outage test. Interested vendors must submit their capabilities statement, including proof of technician certification and past performance, via email to Jessica Cummings at Jessica.Cummings3@va.gov by December 15, 2025, at 12 PM EST.
    CTX Waco Bldg. 8 Access Control Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the installation of an access control system at the Dorris Miller VA Medical Center, specifically in Building 8 located in Waco, Texas. The project involves integrating an access control system into the existing CCURE 9000 platform for eight doors, requiring the contractor to supply and install electrified door hardware, modify electric strikes, and run network drops to an adjacent OIT closet, all to be completed within a 60-day timeframe. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal, state, and local regulations, with a response deadline of December 15, 2025, at 4:00 PM Central Time. Interested parties can reach out to Taminie Panich at taminie.panich@va.gov for further information.
    Real Time Location Environmental Monitoring System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is soliciting proposals for a Real Time Location Environmental Monitoring System to be implemented across various healthcare facilities in Texas. The contractor will be responsible for providing an automated continuous environmental monitoring system, which includes support and maintenance services, to ensure compliance with VHA Directives regarding temperature, humidity, and differential pressure monitoring. This system is crucial for maintaining optimal conditions in medical environments, particularly in areas such as sterile processing and laboratory functions. The contract, identified by Solicitation Number 36C25726Q0120, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will span from January 18, 2026, to January 17, 2031. Interested parties should contact Melanie Williams at melanie.williams5@va.gov or 210-694-6378 for further details.
    Z2LZ--549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "549-919 Herzog Shuttle Parking Lot Minor Construction" project at the Dallas Veterans Affairs Medical Center (VAMC). This procurement involves minor construction services related to the repair or alteration of parking facilities, with a focus on enhancing the infrastructure for veteran services. The estimated contract value is approximately $2,399,010.00, with bids received ranging from $2,180,123.00 to $5,053,406.00, and the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Contract Specialist Joseph Rossano at Joseph.Rossano@va.gov or Amanda Webster at Amanda.Webster@va.gov for further details.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage on the 5th floor of Building 1 at the Bonham Veterans Affairs Medical Center in Texas. The project requires qualified contractors to perform demolition, water mitigation, and build-back services, with a focus on ensuring compliance with safety and environmental regulations, particularly concerning mold and asbestos management. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. Proposals are due by January 5, 2026, at 1:00 PM CST, and interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    J061--AMENDMENT 0001 TO CLARIFY RFQ DUE DATE ELECTRICAL BPA WASHINGTON DC VAMC 36C24526Q0114
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting Blanket Purchase Agreements (BPAs) for electrical maintenance, repair, replacement, and demolition services at the Washington DC VA Medical Center and its community-based clinics. This procurement aims to establish a 5-year multiple award BPA, valued at under $5,000,000, covering low and medium voltage electrical systems, including emergency repairs with a required 2-hour response time. The selected contractors must hold current electrical and business licenses in Washington D.C., and all work must comply with VA regulations, including wage determinations and staffing requirements. Quotes are due by January 5, 2026, at 10:00 AM EST, and interested parties should direct inquiries to Contracting Officer Bill Pratt at Billie.Pratt@va.gov or call 410-641-2411.
    Y1DA--Project 549A4-21-703 EHRM Training and Admin build
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the EHRM Training and Admin Support Space project (Project Number 549A4-21-703) at the Sam Rayburn Memorial Veterans Center in Bonham, Texas. This project involves the renovation of four rooms to create temporary EHRM classrooms and an office, including asbestos abatement, interior demolition, and installation of new HVAC equipment and finishes. The procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 236220, with a contract value estimated between $500,000 and $1 million. Interested contractors must submit their proposals by January 15, 2026, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov for further information.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of halls and walls at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 594A4-22-221. This project involves comprehensive construction services to upgrade finishes in domiciliary hallways and patient rooms, covering approximately 61,500 square feet, including the installation of floors, walls, door jamb finishes, and associated interior lighting. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated between $1,000,000 and $5,000,000. Interested contractors should note that a request for proposal (RFP) will be issued around December 16, 2025, and a site visit is scheduled for January 06, 2025, at 10:00 AM (CDT). For further inquiries, contact Contract Specialist Cassandra King at cassandra.king@va.gov or by phone at 254-899-6023.